SOLICITATION NOTICE
K -- Growler Capability Modification (GCM)
- Notice Date
- 6/5/2020 9:51:06 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-19-RFPREQ-PMA-265-0868
- Response Due
- 6/22/2020 12:00:00 PM
- Archive Date
- 07/07/2020
- Point of Contact
- Danielle N. Philipp, Phone: 3017570669, Damon K. McGill, Phone: 3017577089
- E-Mail Address
-
danielle.philipp@navy.mil, damon.k.mcgill@navy.mil
(danielle.philipp@navy.mil, damon.k.mcgill@navy.mil)
- Description
- ��������������� The Naval Air Systems Command (NAVAIR) intends to negotiate and award a sole source non-recurring contract to support the installation/modification of six Depot level Engineering Change Proposals (ECPs) into the EA-18G aircraft required for the GCM effort.� The six (6) ECPs are as follows: 6444C1 Electronic Warfare wiring provisions removal for weight reduction; 6471 Tactical Targeting Network Technology; 6472 Next Generation Jammer Mid-Band (NGJ-MB); 6482 Airborne Electronic Attack System Enhancements; 6509 Distributed Targeting Processor � Networked; and 6486 Growler Satellite Communications. The requirements include existing known phased concurrent modifications, as well as Repairs Incident to Modification efforts. The capabilities provided by these modifications are integral and essential to the future of the EA-18G mission and require a rigorous installation schedule of twelve (12) aircraft in Fiscal Year (FY) 2021, 32 in FY2022, 32 in FY2023, 32 in FY2024. The Government does not have a complete Level 3 technical data package or configuration control of the EA-18G technical data package that would be sufficient for establishing a second source.� ��Therefore, Boeing is the only known source available with the requisite technical knowledge, experience and tooling to perform the efforts described herein, in order to satisfy the Government�s requirement. The authority permitting other than full and open competition is Title 10 U.S.C. 2304(c)(1) and FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements."" The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement.� IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. There are no commitments by the Government to issue any solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. No telephone responses will be accepted. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. For small business or subcontracting opportunities, contact Boeing at (314) 223-6007.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f361dfafdaaa458c9e24e03f93db81a1/view)
- Place of Performance
- Address: Oak Harbor, WA 98277, USA
- Zip Code: 98277
- Country: USA
- Zip Code: 98277
- Record
- SN05681812-F 20200607/200605230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |